Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2026 SAM #8824
SOURCES SOUGHT

58 -- T-45 Flight Management Function (FMF) Application Integration

Notice Date
1/21/2026 5:02:49 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
26RFPREQTPM2090205
 
Response Due
2/5/2026 1:00:00 PM
 
Archive Date
02/20/2026
 
Point of Contact
Bonnie M. Walsh, Contract Specialist, Phone: 3019043571
 
E-Mail Address
bonnie.m.walsh.civ@us.navy.mil
(bonnie.m.walsh.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, in support of PMA209 Air Combat Electronics Program Office, requires support to provide the Flight Management Function Application (FMF App) Software in a configuration compatible for integration into the T-45 Mission Computer Alternative (MCA) which will resolve the existing deficiencies within the FMF App; with known solutions resident within the Contractor�s commercial line. The FMF App will be integrated into the T-45 MCA (Mission Computer Alternative), to pass positional data inputs to the FMF App, communicate navigational data outputs from the FMF App to the primary flight display vehicle interface and perform structural coverage analysis. This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. Additionally, this sources sought is being used to gather constructive information from industry to improve the RFP DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ANTICIPATED CONTRACT TYPE - The contract type for this requirement is a non-performance based (Cost Plus Fixed Fee (CPFF)). BACKGROUND High traffic congestion of commercial airways forced significant changes to the air traffic control environments and regulatory mandates domestically and abroad. Spurred by the need to operate under new civil regulations in support of military operations and facilitated by recent advances in aviation technology, the Naval Air Systems Command (NAVAIR) initiated a program to provide a common systems approach, bringing Navy aircraft into compliance with regulatory requirements. The result of the regulatory changes includes new requirements for aircraft navigation and reporting capabilities. The Flight Management Function Application (FMF App) is a Future Airborne Capability Environment (FACETM) conformant software application developed for Program Management Air (PMA) 209 at Naval Air Systems Command (NAVAIR). FMF App is a general industry term that is comprised of the two software products, the Mission Flight Management Software (MFMS-1000) and Localizer Performance with Vertical Guidance Calculator (LPVC-1000) to provide a Required Navigation Performance (RNP) Area Navigation (RNAV) capability. ELIGIBILITY a. The applicable NAICS code for this requirement is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a Size Standard of 1,350 (Number of Employees) b. The Product Service Code is 5826 Radio Navigation Equipment, Airborne c. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) in order to assist the Government�s capability determination. SUBMISSION REQUIREMENTS Interested parties should address the following in their response. The responses to the below will aid the Government in determining whether a company is capable in performing the requirement, so it is important to address these areas with specific details CAPABILITY STATEMENT/REQUIREMENTS The firm must have the expertise to identify, assess, and prioritize software defects in the FMF App. Using a minimum of two static analysis tools, the firm will measure software quality and vulnerabilities to ensure compliance with Radio Technical Commission for Aeronautics (RTCA) DO-178C DAL C and its supplements, as described by Federal Aviation Administration (FAA) AC 20-115. The firm will also perform Delta Stages of Involvement (SOI) audits, as detailed in the FAA�s �Conducting Software Reviews Prior to Certification� (CSRPC) Job Aid, Revision 1, to demonstrate RTCA DO-178C compliance. Additional responsibilities include conducting Software Safety Assessments, participating in System Engineering Technical Reviews (SETR) and Technical Readiness Reviews (TRR), and performing Functional Quality Tests (FQT). Finally, the firm will provide Non-Recurring Engineering (NRE), testing, certification, and integration support for the FMF App software. This includes all engineering changes, such as the design and redesign of the FMF App software, to support its integration into the T-45 Mission Computer Alternative (MCA). SUBMITTAL INFORMATION Page Limit and Format: Ten (10) 8.5 X 11inch pages in Times New Roman font of not less than 10 point Document Type: Microsoft Word, Adobe PDF, etc. Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil Response date: Responses are due by 4:00 pm Eastern Standard Time (EST) on 5 February 2026. All responses must be sent to the Contract Specialist, bonnie.m.walsh.civ@us.navy.mil with the following subject line: �T-45 FMF App Integration Sources Sought Response MSMA� No classified information shall be submitted in response to this Sources Sought. No phone calls will be accepted. All questions must be submitted via email to the Procuring Contracting Officer, Travora Levasseur at Travora.r.levasseur.civ@us.navy.mil and Contract Specialist, Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/19e6d32f102e4ff8830c75193ab9fcf8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07692951-F 20260123/260121230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.